MODIFICATION
71 -- ESG Systems and Modular Furniture Synopsis
- Notice Date
- 4/23/2012
- Notice Type
- Modification/Amendment
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESG, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
- ZIP Code
- 45433-5006
- Solicitation Number
- FA8057-12-R-0001
- Point of Contact
- Joshua L Holbrook, Phone: 9372570815, James Boys, Phone: 9372575684
- E-Mail Address
-
joshua.holbrook@wpafb.af.mil, james.boys@wpafb.af.mil
(joshua.holbrook@wpafb.af.mil, james.boys@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Anticipate release of final RFP in mid May 2012 with a closing date of late June 2012. To provide systems and modular furniture as well as demountable walls, to include all panels, work surfaces, storage, and electric components. The requirement also includes services needed for professional design, delivery and installation. The requirement includes Air Force (AF) Military Construction (MILCON), Government Purchase Card (GPC), and AF contract spend. The scope of this effort is the Continental United States (CONUS) AF installations. The Enterprise Sourcing Group (ESG) at Wright Patterson AFB is announcing its intent to solicit proposals under Request for Proposals (RFP) FA8057-12-R-0001 to purchase System and Modular Furniture for all CONUS U.S. Air Force active duty and reserve installations. The Government anticipates awarding a target of four contracts to monolithic & stackable panel systems manufacturers (who can also manufacture or team for demountable wall requirements) as a result of this RFP. The Air Force wishes to leverage existing industry practices by using established manufacturer-dealer relationships. When the Final RFP is released, all potential offerors should carefully review the instructions in FAR 52.212-1 and its addendum as well as the evaluation criteria described in FAR 52.212-2 and its addendum. The ESG will award contracts to furniture manufacturers in accordance with the evaluation procedures established in the Final RFP. As discussed in the draft RFP (FA8057-12-R-0001) the Air Force is pursuing a two tier contracting strategy. Tier I contracts will establish not-to-exceed pricing for typical systems and modular configurations and related services to be later procured at Tier II. In addition Tier I contracts will standardize service requirements and identify the manufacturer-authorized small business dealer network for the program. Manufacturers and dealers will sign and return agreements as part of the Tier I proposal to confirm commitment to the terms and conditions of Tier I contracts. Note that Tier I contracts will consist of data reporting and program management reviews only - furnishings and related services will be purchased at the Tier II level. Tier II contract actions will be issued by the local Air Force Base contracting offices and will be competed among the small business dealers representing the Tier I manufacturers for that base. This strategy allows for maximum small business participation in the program from a fiscal and geographical perspective.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7a30ccfd09b089a991c3d414c887a8d4)
- Place of Performance
- Address: Not applicable, United States
- Record
- SN02729289-W 20120425/120423235846-7a30ccfd09b089a991c3d414c887a8d4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |